Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2012 FBO #3849
SOURCES SOUGHT

J -- Sources Sought Market Research for Exhaust Vent Cleaning Services.

Notice Date
6/6/2012
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-12-R-0899
 
Response Due
6/14/2012
 
Archive Date
8/13/2012
 
Point of Contact
Teresa Cabanting, 785-239-4589
 
E-Mail Address
MICC - Fort Riley
(teresa.cabanting1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice for market research. This is not a solicitation for proposals and no contract will be awarded from this notice; in addition, this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. The purpose of this notice is to notify industry of intent for contract action and knowledge of potentially qualified sources. Mission and Installation Contracting Office - Fort Riley is conducting market research for Exhaust Vent Cleaning. The North American Industry Classification Systems (NAICS) code proposed for the requirement is 561790, Other Services to Buildings and Dwellings. The size standard for NAICS 561790 is 6.5 million. Comments on this NAICS and suggestions for alternatives must include supporting rationale. This NAICS code is subject to change if necessitated by the responses to this sources sought. No decision has yet been made regarding the small business strategy for this acquisition. Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50% of the work must be performed by the small business prime contractor. The contemplated purchase order will consist of services that are detailed in the attached Performance Work Statement (PWS). This requirement is for all services identified in the PWS. Any qualified and interested companies responding to this announcement must be able to support all areas. No partial support responses from industry will be accepted. The Government is seeking only, qualified, experienced sources interested in performing the services in the attached PWS. The PWS details the requirements of the Fort Riley Public Works office. The Government is requesting that interested concerns that can fully support this requirement, furnish the following information: (1) Company name, address, point of contact, telephone number, Duns & Bradstreet Unique Numbering System (DUNS) number, Central Contractor Registration (CCR) Commercial & Government Entity (CAGE) code, and E-mail address. (2) Type of business, i.e., Large Business, Small Business, Small Disadvantaged, Woman-Owned, HubZone, Service-Disabled Veteran-Owned, etc. under the NAICS 561790. (3) Which NAICS does your company usually perform all the services identified in the attached PWS? Please include rationale for your answer. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the effort on a full and open basis, based on the responses to this sources sought notice, is solely with the discretion of the Government. The Government shall not pay for any informationprovided under this notice. The Government shall not be responsible for any costs incurred by responding to this notice. Qualified participants are invited to submit their capability in writing. Only responses received within the open days/time of this announcement will be reviewed. The Government will use this information in determining its small business set-aside decision. Contractors capable of providing these services will submit a State of Capability containing the above referenced information. Interested parties may provide evidence of the capability to accommodate this requirement and must respond by 4:00 p.m. Central Standard Time 14 June 2012. Responses to this notice can be e-mailed to the Contract Specialist, Ms. Teresa Cabanting at teresa.m.cabanting.civ@mail.mil or by fax Attn: Teresa Cabanting (785)239-5740 or by parcel post to Installation Contracting Office - Fort Riley, Attn: Teresa Cabanting, 1792 12th Street, Fort Riley, KS 66442 no later than 4:00 p.m. Central Standard Time 14 June 2012. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.PDF files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the E-mail was received and can be viewed. Each submission should be virus scanned prior to being sent. All responses must address each of the above stated requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a93ee49df0d8da529e2c6bbf13e8d67)
 
Place of Performance
Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN02767698-W 20120608/120606235651-3a93ee49df0d8da529e2c6bbf13e8d67 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.